HomeMy WebLinkAboutContract 56582-CO3 CSC No. 56582-CO3
FORT WORTH City of Fort Worth
—r-- Change Order Request
Project Name:1 Water and Sanitary Sewer Replacement Contract 2011 WSM-D Part 2 City Sec No.: 1 56582
Project No,(s):1 C01929 DOE No, N/A CityProj,No,:l C01929
Project Description: Replacing water line, Sanitary Sewer lines,Flat works and Paving on various streets.
Contractor: Woody Contractors,Inc, Change Order# �J J Date: 1 9128/2022
City Project Mgr.1 Preeli KC City Inspector: I Tamara Vaughn
Phone Number: (817)392-5467 Phone Number: (682)225-9106
Dept. Water Sewer TPW Totals Contract Time
(Calender days)
Original Contract Amount $2,031,329.25 $914,697.25 $2,946,026.50 365
Extras to Date
Credits to Date
Pending Change Orders(in M&C Process)
Contract Cost to Date $2,031,329.25 $914,697.25 $0.00 $2,946,026.50 365
Amount of Proposed Change Order $0.00 $0.00 $236,072.00 $236,072.00 120
Revised Contract Amount $2,031,329,25 $914,697.25 $236,072.00 $3,182,098.50 485
Original Funds Available for Change Orders $101,566.75 $45,733.75 $0.00 $147,300.50
Remaining Funds Available for this CO $101,566.75 $45,733.75 $0.00 $147,300,50,
Additional Funding(if necessary) 1 $236,072.00 $236,072.00
CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 8.01%
MAXALLOWABLE CONTRACT AMOUNT(ORIGINAL CONTRACT COST+2591o) $3,682,533.13
JUSTIFICATION(REASONS)FOR CHANGE ORDER
Change Order No.3 will provide increased pay item quantities of curb/gutter removal,curb/gutter installation,
concrete sidewalk removal, concrete sidewalk installation, block sods,anchored erosion matting, remove A DA
ramps,barrier ramp installation and Type III barricades that are necessaryto complete paving improvements on
the project streets.
Staff recommends that the contract time be extended by 120 calendar days for this change order.
It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment
in full(both time and money)for all costs arising out of,or incidental to,the above Change Order.
Contractor's Company Name Contractor Name &tractor Signature Date
Woody Contractors,Inc, Troy Wood 10-4-2022
Inspector Date Project Manager Date
/� Oct 4, 2022 P410-� 10-11-2022
Director Water Dept) Date Construction Supervisor TPW Dale
Oct 17,zozz ,tQ Z G)&&a� 10/4/22
Senior Assistant City Attorney Dale Assistant City Manager Date
Mack(OR 10,]D]210:55 CDT)
Oct 18,zozz Oct 19,2022
Council Action If Required) OFFICIAL RECORD
M&C Number 22-0764 M&C Date Approved T2711T—
CITY SECRETARY
FT.WORTH, TX
FCo RT' Wc0 RT H City of Fort Worth
Change Order Additions
Project Name Water and Sanitary Sewer replacement Contract 2011 WSM-D Part 2 City Sec No.: 56582
Project No.(s): C01929 I DOE No. N/A City Proj. No.: C01929
Project Replacing water line, Sanitary Sewer lines,Flat works and Paving on various streets.
Description
Contractor Woody Contractors,Inc. Change Order:= Date: 912812022
City Project Mgr. Preeti KC City Inspector FTamaraVaLlghn
ITEM — DESCRIPTION ADDITIONS
DEPT Qty Unit Unit Cost Total
1 Anchored errossion matting/bonded fibre mulch TPW 975.00 SY $16.00 1$15,600.00
2 Remove Curb and Gutter TPW 2,200.00 LF $2.00 $4,400.00
3 7"curb and Gutter 18" TPW 2200.00 LF $44.00 $96,800.00
4 Block sod TPW 500.00 SY $12.00 $6,000.00
5 Remove sidewalk TPW 6,000.00 SF $2.00 $12,000.00
6 4"Concrete sidewalk TPW 6,000.00 SF $8.00 $48,000.00
7 Remove ADA Ramp TPW 5.00 EA $600.00 $3,000.00
8 Barrier Ramp Type P1 TPW 298.00 SF $40.00 1$11,920.00
9 Barrier Ramp Type mod R1 TPW 875.00 SF $40.00 $35,000.00
10 Type III Barricade TPW 28.00 LF $34.00 $952.00
11 GuardRail on Timber posts TPW 50.00 LF $48.00 $2,400.00
Water
Sewer
TPW $236,072.00
Page 2 of 4 Additions Sub Total 1$236,072.00
Poo 1Z-r W"R'r 1-1 City of Fort Worth
Change Order Deletions
Project Name Water and Sanitary Sewer replacement Contract 2011 WSM-D Part 2 City Sec No.: 56582
Project No.(s): C01929 DOE No. N/A City Proj.No.: C01929
Project Description Replacing water line,Sanitary Sewer lines,Flat works and Paving on various streets.
Contractor Woody Contractors, Inc. Change Order: EE
Date 912812022
City Project Mgr. Preeti KC City Inspector: Tamara Vaughn
DELETIONS
ITEM IDESCRIPTION DEPT Qty JUnit JUnit Cost Total
i
Water
Sewer
TPW
Page 3 of 4 Deletions Sub Total
MIWBE Breakdown for this Change Order
MWBE Sub Type of Service Amount for this CO
Total $0.00
Previous Change Orders
coy► DATE AMOUNT
Total $0.00
i
Page 4 of 4
Contract Compliance Manager
By signing l acknowledge that I am the person responsible
for the monitoring and administration of this contract,including
ensuring all performance and reporting requirements.
Signature
Preeti KC
Name of Employee
Sr. Professional Engineer
Title
ATTEST: o ; coR'���j���
���oo°O 0O 40'
o
TAhhPi�fPi S. GOOGIAII ��
�I ° °a�
Jannette S.Goodall(Oct 19,2022 17:56 CDT) -o o
V o d
00 0�y ��
Jannette Goodall Jd
Y T ° 000 T�
d000 a
City Secretary �iZ �Ex0' �
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
9/28/2022
Water and Sanitary Sewer Replacement Contract 2011,WSM-D, Part 2
CPN 01929
Change Order 3 Notes
Staff has reviewed the requested prices and considers them to be fair and reasonable.
I
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, September 27, 2022 REFERENCE NO.: **M&C 22-0764
LOG NAME: 602011AWSMDP2CO3-WOODY
SUBJECT:
(CD 2)Authorize Execution of Change Order No. 3 in the Amount of$236,072.00 and the Addition of 120
Calendar Days to the Contract with Woody Contractors Inc., for Water and Sanitary Sewer Replacement
Contract 2011 Water and Sanitary Sewer Maintenance (WSM) Project, for a Revised Contact Amount of
$3,182,098.50, Adopt Appropriation Ordinance, and Amend the Fiscal Years 2022-2026 Capital
Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1.Authorize execution of Change Order No. 3 in the amount of $236,072.00 to City Secretary Contract
No. 56582 with Woody Contractors Inc., for Water and Sanitary Sewer Replacement Contract
2011 Water and Sanitary Sewer Maintenance (WSM) project for a revised contract amount of
$3,182,098.50;
2.Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the
General Capital Projects Fund by increasing receipts and appropriations in the 2011 Water Line &
Sanitary Sewer Replacement WSM project (City Project No. C01929) in the amount of
$236,072.00, and decreasing estimated receipts and appropriations in the Contract Street
Maintenance Programmable Project(City Project No. P00020)by the same amount; and
3.Amend the Fiscal Years 2022-2026 Capital Improvement Program.
DISCUSSION:
On September 28, 2021, Mayor and Council Communication (M&C) 21-0763 the City Council authorized a
contract with Woody Contractors Inc., in the amount of $2,946,026.50 for the Water and Sanitary Sewer
Replacement Contract 2011 WSM Project.
The contract was subsequently revised by Change Order No. 1 with a zero net total amount administratively
authorized on March 17, 2022 that provided for a 24-inch concrete/ductile iron pipe connection and Change
Order No. 2 with a zero net total amount administratively authorized on June 17, 2022 that provided for the
installation of an alternate 8-inch water pipe material to avoid delays involved with the delivery of the original
8-inch poly vinyl chlorine pipe.
This M&C is to authorize execution of Change Order No. 3 in the amount of$236,072.00 to City Secretary
Contract No.56582 with Woody Contractors Inc., for Water and Sanitary Sewer Replacement Contract 2011
WSM project for a revised contract amount of $3,182,098.50. Change Order No. 3 will provide increased
pay item quantities of curb/gutter removal, curb/gutter installation, concrete sidewalk removal, concrete
sidewalk installation, anchored erosion matting, barrier ramp installation and type III barricade that are
necessary to complete paving improvements on the project streets.
The staff has reviewed and verified the quantities for the additional work under this Change Order No. 3.
Additionally, to complete this work, staff recommends that the contract time be extended by 120 calendar
days.
The action in this M&C will amend the Fiscal Year 2022 Adopted Budget as approved in connecton with
Ordinance 25073-09-2021, Section 6. Capital Improvements, as listed on page 23:
Budget Revised
Capital Fund Project FY2022 CIP Authority Adjustment FY2022
Name Name Appropriations Budget
30100-General Capital P00020-Contract
Projects Fund Street Maintenance $20,441,000.00 M&C 21-0827 ($1,050,034.00) $19,390,966.00
M&C 22-0036 ($311,148.00) ($311,148.00)
M&C 22-01271
($603,254.00)JJ ($603,254.00)
F 1 &C 22-0323 ($1,403,324.00) ($1,403,324.00)
--
M&C 22-0541 ($1,000,000.00) ($1,000,000,00)
M&C 22-0630 ($200,000.00) ($200,000.00)
This M&C ($236,072.00) ($236,072.00)
Total P00020-
Contract Street
Maintenance $20,441,000.00 ($4,803,832.00) $15,637,168.0011
602011 WSMDP2CO3-WOODY
Capital project FY2022 CIP Budget Change Revised
Fund Name Appropriations Authority FY2022
Name (Increase/Decrease) Budget
General C01929 -
Capital W&S
Projects Repl Ct. $0.00 This M&C $236,072.00 $236,072.00
— Fund 2011
30100 WSM
Appropriations for the 2011 Water& Sanitary Sewer Replacement WSM project are as depicted below:
Fund Existing Additional project Total*
Appropriations Appropriations
Water Capital $223,997.85 $0.00 $223,997.86
Fund 59601
Sewer Capital
Legacy Fund $2,486,567.66 $0.00 $2,486,567.66
59607
W&S Capital
Projects Fund $3,383,462.00 $0.00 $3,383,462.00
56002
General Capital
Projects Fund $0.00 $236,072.00 $236,072.00
30100
Project Total $6,094,027.51 $236,072.00 $6,330,099.51
*Numbers rounded for presentation purposes.
Funding is budgeted in the Contract Street Maintenance programmable project within the TPW Dept
Highway& Streets Department's General Capital Projects Fund for the purpose of funding the W&SS REPL
Contract 2011 WSM project within the General Capital Projects Fund.
Business Equity:Woody Contractors Inc. agrees to maintain its initial M/WBE commitment of four percent
that it made on the original contract and extend and maintain that same M/WBE commitment of four percent
to all prior change orders up to and inclusive of this Change Order No. 3.Therefore Woody Contractors Inc.,
remains in compliance with the City's M/WBE Ordinance and attests to its commitment by its signature on
the Acceptance of Previous M/WBE Commitment form executed by an authorized representative of its
company.
This project is located in COUNCIL DISTRICT 2.
FISCAL INFORMATION/ CERTIFICATION:
The Director of Finance certifies that funds are available in the Contract Street Maintenance Project within
the General Capital Projects Fund and upon approval of the above recommendations and adoption of the
attached appropriation ordinance,funds will be available in the General Capital Projects Fund for the W&SS
I
Repl. Contract 2011 WSM project to support the approval of the above recommendations and execution of
the change order to the contract. Prior to any expenditure being incurred, the Water and Transportation and
Public Works Departments have the responsibility of verifying the availability of funds.
FUND IDENTIFIERS (FIDs):
TO
Fund Department 11 1111ZAc11:iint Project Program ctivity Budget Reference# Amount
Ip Ip Year (Chartfield 2)
FROM
rmnidI-D—ep�artmentccount Project Program ctivity Budget Reference # mount Ip Year (Chartfield 2)
CERTIFICATIONS:
Submitted for City Manager's Office by_ Dana Burghdoff (8018)
Originating Department Head: Chris Harder (5020)
Additional Information Contact: Suby Varughese (7803)
ATTACHMENTS
1.602011 AWSMDP2CO3-WOODY.docx (CFW Internal)
2.602011AWSMDP2CO3-WOODY 1295.pdf (CFW Internal)
3.602011AWSMDP2CO3-WOODY APC pdf (CM Internal)
4.602011AWSMDP2CO3-WOODY FID Table.xlsx (CM Internal)
5.602011AWSMDP2CO3-WOODY MAP 1.pdf (Public)
6.602011AWSMDP2CO3-WOODY MAP 2.pdf (Public)
7.602011AWSMDP2CO3-WOODY SAM.pdf (CM Internal)
8.ORD.APP602011AWSMDP2CO3-WOODY 30100 A022(r2).docx (Public)
9. PBS CPN C01929.pdf (CFW Internal)
T T T
C C C
•
v
v o �
-o � a •
D D D
n
C C C
7
rt rt rt
D m D
C
m
]m� m aCL
ca
•` i rt
Z . n v
Nm1"'
n
v 0 v rt a
c o
�° ;R o°n 0► as (p
3 0 3 3 rr
r
m
3 3 3
gyp
o ' 0 0
a -
a
0 0 0
i
I �
I
N
I